Laboratory Services for Process Quality Water Testing for NNMC
ID: SS-SRSU-26-0002Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

INSPECTION- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H346)
Timeline
    Description

    The Indian Health Service, specifically the Shiprock Service Unit, is conducting market research to identify potential sources for monthly laboratory services focused on testing and analyzing process quality water to ensure compliance with the ANSI/AAMI Standard 108:2023. This opportunity falls under the NAICS code 334513, which pertains to the manufacturing of instruments and related products for measuring and controlling industrial process variables, with a small business size standard of 750 employees. The services are critical for maintaining water quality standards in healthcare facilities, thereby supporting public health initiatives. Interested parties are invited to submit their qualifications by November 18, 2025, at 12:00 PM MST, to Cornelius Tsipai at cornelius.tsipai@ihs.gov, and must include a company profile, a statement of capability, and, if applicable, an IHS IEE Representation Form to claim Indian-owned status.

    Point(s) of Contact
    Cornelius Tsipai
    cornelius.tsipai@ihs.gov
    Files
    Title
    Posted
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) to qualify for contracts under the Buy Indian Act (25 U.S.C. 47). This certification must be valid when an offer is made, at contract award, and throughout the contract's performance. Offerors must immediately notify the Contracting Officer if they no longer meet IEE eligibility. Individual Contracting Officers may request documentation to verify eligibility, and awards may be subject to protest. Successful offerors must also be registered with the System for Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims. The form includes a representation section for offerors to indicate whether they meet the IEE definition, requiring the name of the 51% owner, certifying signature, printed name, name of the federally recognized tribal entity, business name, and DUNS number.
    The Indian Health Service, Shiprock Service Unit, issued a sources-sought notice for market research to identify prospective sources for monthly laboratory services. These services are required to test and analyze the facility's process quality water, ensuring compliance with the ANSI/AAMI Standard 108:2023. The applicable NAICS code is 334513 with a small business size standard of 750 employees. This notice is not a solicitation but for market research to inform acquisition strategy, including competition and set-asides, and to locate Indian-owned economic enterprises. Interested parties must be registered in SAM.gov and are invited to submit responses by November 18, 2025, at 12:00 PM MST. Submissions should include a company profile, a statement of capability, and an IHS IEE Representation Form if claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE) status.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOURCES SOUGHT NOTICE: Proficiency Testing Program
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for proficiency test survey kits and proficiency testing services required for the continuing accreditation of Clinical Laboratory services at the Kayenta Health Center in Kayenta, Arizona. This opportunity is aimed at ensuring compliance with Clinical Laboratory Improvement Amendments (CLIA) requirements and maintaining enrollment in relevant programs. Interested parties are invited to submit their qualifications, including company profiles and capability statements, by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. This notice is not a solicitation, and participation is voluntary; however, all interested vendors must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    Blanket Purchase Agreement (BPA) - Miscellaneous D-dimer test kits
    Buyer not available
    The Indian Health Service (IHS) is seeking sources for a Blanket Purchase Agreement (BPA) for miscellaneous D-dimer test kits, aimed at fulfilling a government requirement within the Navajo Area Indian Health Service. This procurement is part of a market research initiative to identify potential suppliers capable of providing these in-vitro diagnostic substances, which are crucial for medical testing and patient care. Interested vendors must submit their qualifications, including company profiles and capability statements, by December 8, 2025, to William Lee at William.Lee@ihs.gov, with the subject line “SS-SRSU-26-0005.” Participation in this sources sought notice is voluntary, and the government will not assume any financial responsibility for costs incurred in response to this request.
    Notice of Intent - Xpert Xpress CoV-2/Flu/RSV plus
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole-source contract with Cepheid Inc. for the procurement of Xpert Xpress CoV-2/Flu/RSV Plus test kits. This procurement is aimed at ensuring the availability of diagnostic tests that are compatible with the GeneXpert instrument, which is critical for effective health management in the region. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option periods extending through December 31, 2030. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by 10:00 AM (MST) on December 11, 2025, to Dallas Begay at dallas.begay@ihs.gov.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation at various IHS facilities in North and South Dakota. This procurement aims to provide laboratory analyzers and comprehensive maintenance services, with a focus on Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry, ensuring that all equipment and parts supplied are new and compliant with federal regulations. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Mona Weinman at mone.weinman@ihs.gov and ensure they are registered with SAM.gov and familiar with the Invoice Processing Platform (IPP) for payment processing.
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    All in one visual acuity system
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.